Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEERING SERVICES ARE REQURIED FOR RENOVATION AND CONSTRUCTION PROJECTS AT THE SMITHSONIAN ENVIRONMENTAL RESEARCH FACILITY LOCATED IN EDGEWATER, MD

Notice Date
5/21/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
F08SOL00036
 
Response Due
6/20/2008
 
Point of Contact
Thomas E. Dempsey, Phone: 202/633-7259, Emanuel C. Brown,, Phone: 202/633-7256
 
E-Mail Address
dempseyt@si.edu, brownem@si.edu
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEERING SERVICES ARE REQURIED FOR RENOVATION AND CONSTRUCTION PROJECTS AT THE SMITHSONIAN ENVIRONMENTAL RESEARCH FACILITY LOCATED IN EDGEWATER, MD The Smithsonian Institution seeks interested Architect-Engineer (A/E) firms to provide design services, subject to Congressional funding and approval, for the renovation of the existing Mathias Laboratory Building located at the Smithsonian Environmental Research Center (SERC), in Edgewater Maryland and the construction of a new 52,000 square foot research laboratory addition. The NAICS code is 541330 with a small business standard of $4.5 million dollars. 1. PROJECT INFORMATION: Design services required for this project include but are not limited to: architectural, structural, civil and geotechnical, mechanical (including geothermal technologies), electrical, plumbing, fire protection, security, information technology and communication, hazardous materials abatement and storage, handicapped accessibility, and achievable sustainability design to LEED Gold Certification standards. Firms unable to accept hazardous materials abatement and design projects need not apply. Work will include related facility assessments and site investigations, code compliance, economic analysis, value engineering, building and systems commissioning, sustainability commissioning, design and preparation of construction documents and specifications, and detailed cost estimating services at regular intervals to certify the adequacy of the project budget. Investigations and analysis shall be of sufficient depth so as to identify and/or quantify any unusual project requirements effecting project cost. The Architect-Engineer will assist the Smithsonian in the preparation of a project phasing plan, including the temporary relocation of on-going research operations as made necessary, located in the existing Mathias laboratory and those located in temporary trailers being eliminated by the project, and shall prepare documents as necessary for project review and approval by various Federal, State and local agencies including the US Green Building Council. The Architect-Engineer will be required to review and incorporate various related SERC facility and systems infrastructure studies done by others, including the recently-completed Mathias Programming and Concept Report that will form the basis of the design. Review of the existing master plan for conformance will be required, and will involve implementing portions of facility master plan projects developed by others. Post design services may include construction bid and negotiation support, construction administration, submittal reviews and/or construction coordination, and preparation of as-built record drawings. A/E’s will be expected to respond to Smithsonian requests for services with expediency, thoroughness and a high level of design quality. This announcement is open to all businesses regardless of size. Minority owned firms are strongly encouraged to apply. 2. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business, a subcontracting plan consistent with PL 95-507, PL 99-661 and PL 100-656 will be required with the final fee proposal. A minimum of 23% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 5% with Women-owned small businesses (WOSB); 3% shall be placed with Hub-zone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. Any prime or joint venture found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reasons for not meeting previous contract goals may result in a lower overall rating and ultimate non-selection. An approved small business-subcontracting plan will be required prior to award. 3. SELECTION CRITERIA: Firm evaluation and selection will be conducted in accordance with the Brooks Architect-Engineer (A/E) Act as implemented by FAR Subpart 36.6, refer to Numbered Note 24 on fedbizopps and will be based on the following criteria: 1.)Prime and consultants qualifications and experience. Basic disciplines shall include architectural, accessibility, space planning and phasing, mechanical including geothermal, electrical, plumbing, structural, civil and geotechnical, fire protection, information technology, security, cost estimating, sustainable design and hazardous materials abatement. 2.)Specialized experience and technical competence of the firm and major consultants with design, planning and programming of scientific and environmentally-based research facilities, environmentally sensitive sites, and the renovation of these facilities while maintaining operations. 3.)Capacity of the project team to accomplish the work within specified time constraints based on submittal of firms’ current and projected workloads. 4.)Past performance on contracts in terms of cost control, quality of work, responsiveness and compliance with performance schedules. Competence in these areas shall be demonstrated by submittal of internal procedures for quality control, cost control and scheduling. 5.)Location of prime and consultants in reasonable proximity to Smithsonian and knowledge of appropriate number of qualified firms therein for construction. 6.)Information technology capability. Contractor and subcontractors must be able to comply with Smithsonian Institution standards for documentation, drawings and specifications. These standards are available for viewing at the Smithsonian Institution Office of Facilities Engineering and Operations A/E Center website, at http://www.ofeo.si.edu/ae_center/index.asp. Specific requirements are delineated in the Guidelines for Project Deliverables and the OEDC CAD Guidelines. Proficiency in AutoCAD 2008 and Microsoft Office 2003 is required. (10%) 4. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit four (4) hard-copies each of the complete SF 330 for the firm or joint venture and SF 330, Part II, for each subcontractor. The submittal of supplemental attachments to SF 330 per evaluation factors is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 2:00 PM Eastern Standard Time on the 30th calendar day after the publication of this notice, or on the next business day if the thirtieth calendar day falls on a Saturday, Sunday or Federal Holiday. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. In addition, please comply with the following: A.) Include DUNS number for the prime firm. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711; and B.) On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section; C.) The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font; and margins shall not be less than one inch; D.) Solicitation packages are not provided; E.) Failure to submit SF330 will render the submission unacceptable F.) Telephone calls, personal visits, e-mails or any other contact with SI staff to discuss this announcement are prohibited. G.) Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications of all subcontractors. H.) Fax submissions will NOT be accepted. I.) Preface submissions with an attached original and a loose copy of a brief letter on company letterhead. J.) The Smithsonian will dispose of submitted material 60 days after receipt unless a specific written request is made for its return. Returns will be at the expense of the firm submitting the information. Response to this announcement must be in writing only; telephone calls and personnel visits are discouraged. The required forms shall be submitted to the following address: 1) Delivery by U.S. Postal Service, Smithsonian Institution, Office of Contracting, P.O. Box 37012 MRC 1200, Washington, DC 20013-7012, Attn: Thomas E. Dempsey; 2) Delivery by Commercial Carrier (Federal Express, UPS, etc.), Smithsonian Institution, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, VA 22202-3709, Attn: Thomas E. Dempsey. The successful firm will be expected to sign a standard, unmodified, Smithsonian A/E contract. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b166f5d01ec071ec20e507461051dda&tab=core&_cview=1)
 
Place of Performance
Address: 647 Contees Wharf Road, Edgewater, Maryland, 21037-0028, United States
Zip Code: 21037-0028
 
Record
SN01578565-W 20080523/080521221121-7b166f5d01ec071ec20e507461051dda (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.